Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2012 FBO #3715
SPECIAL NOTICE

A -- SPECIAL NOTICE OF INTENT TO SOLE SOURCE - NANOSONIC INC

Notice Date
1/24/2012
 
Notice Type
Special Notice
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
 
ZIP Code
39180-6199
 
Solicitation Number
W81EWF20059457
 
Archive Date
4/23/2012
 
Point of Contact
Amanda Andrews, 601-634-5249
 
E-Mail Address
USACE ITL, GSL, EL, CHL, Vicksburg
(amanda.andrews@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Corps of Engineers, Engineer Research and Development Center (ERDC) intends to negotiate on a sole source basis (IAW FAR 13.106-1) with NanoSonic, Inc., 158 Wheatland Drive, Pembroke, VA 24136, as the only responsible source that can provide internal coating material for reducing bubbling internally, with polymeric substrates and adequate optical properties for compatibility with self-assembly processes and biological target agents. The U.S. Army Engineer Research and Development Center Topographic Engineering Center (TEC) has a need for a more stable, strong, and re-usable cartridge based material and internal coatings for the waterborne pathogen sensing in-line system called AQUA PATH. The objectives of this proposed project are to employ molecular level self-assembly and related processes for the fabrication of polymeric molecular recognition elements, and to investigate and design advanced coatings for the optical sensor components to improve overall performance of the sensor device. Nanosonic Inc. is a qualified and only provider of a proprietary flexible thin film, designed with polymeric substrates and adequate optical properties for compatibility with self-assembly processes, coatings, and biological target agents for waterborne pathogens established by water quality guidelines. This acquisition is being conducted under simplified acquisition procedures. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 541712 with a Small Business Size Standard of 500 employees. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice shall submit technical data, including price, sufficient to determine capability in providing the same or similar product. All capability statements received by the closing date of this publication of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability statements shall be submitted only by e-mail as a Microsoft Office Word, Microsoft Office Excel, or Adobe PDF attachment to Amanda.Andrews@usace.army.mil. Statements are due by 1200 (12:00pm) Central Standard Time 1 February 2012. No phone calls will be accepted. Point of Contact Amanda Andrews, Contract Specialist, Phone 601-634-5249, Email Amanda.Andrews@uasce.army.mil Place of Performance Address: USACE/ERDC TEC - TOPOGRAPHIC ENGINEERING CENTER 7701 TELEGRAPH ROAD ALEXANDRIA VA Postal Code: 22315-3864 Country: UNITED STATES
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF20059457/listing.html)
 
Record
SN02659764-W 20120126/120124234150-e0f43c3aa9e3132b895a9909dcddc9fe (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.